Joint System Integration Laboratory Branch; Research, Development, Integration, Experimentation, Test and Evaluation and Operation of RQ-7 Shadow Unmanned Aircr...

expired opportunity(Expired)
From: Federal Government(Federal)
W31P4Q-20-R-0014

Basic Details

started - 10 Oct, 2019 (about 4 years ago)

Start Date

10 Oct, 2019 (about 4 years ago)
due - 25 Oct, 2019 (about 4 years ago)

Due Date

25 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W31P4Q-20-R-0014

Identifier

W31P4Q-20-R-0014
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698498)DEPT OF THE ARMY (131660)AMC (72091)ACC (74428)ACC-CTRS (32603)ACC RSA (5202)W6QK ACC-RSA (3514)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This notice serves as market research in accordance with FAR Part 10. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States (U.S.) Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the U.S. Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the U.S. Government. Not responding to this RFI does not preclude
participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities site (FedBizOpps). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.The U.S. Government is exploring options for Contractor performance of a new contract for AAI Corporation d/b/a Textron Systems (AAIC TS) products engineering and technical services. This acquisition is required to support the Combat Capabilities Development Command (CCDC) Aviation and Missile Center (AvMC) Systems, Simulation, Software and Integration (S3I) Directorate with research, development, integration, experimentation, test, evaluation and operation of AAIC TS RQ-7 Shadow Unmanned Aircraft System (UAS) and associated subsystems and support equipment. The S3I directorate is responsible to service joint customers to further develop, refine, evaluate and integrate Intelligence, Surveillance, and Reconnaissance (ISR) technologies, platforms and payloads with the potential of improving the Warfighting Command, Control, Communications and intelligence (C3I) capabilities of ISR and weapons systems. Aside from sensor payloads, ISR payloads are also construed to include lethal payloads deployable with the ISR platform. The S3I Directorate conducts system development, experimentation, integration and testing of system capabilities and architecture beyond the boundaries of the typical UAS. The S3I Directorate also conducts Post Production Software Support (PPSS) for the RQ-7 Shadow and its derivatives and support equipment in sustainment.The contractor will perform engineering and technical services required to support the S3I Directorate and its customers in the development, integration and operational employment of all versions of the RQ-7 Shadow UAS and all its support equipment. Capabilities include modeling, simulation and training systems and modules in support to the systems, processes, capabilities and integrated joint, components and allied tactics, techniques and procedures. The contractor shall provide engineering and technical services required to install, operate, disseminate payload products, maintain, and integrate new technical capabilities, obsolescence, interoperability and Post Production Software Support (PPSS). Tasks will involve support of the UAS RQ-7 Shadow and all support equipment to include the Universal Ground Control Station (UGCS), Universal Ground Data Terminal (UGDT), and One System Remote Video Terminal (OSRVT). The required period of performance is 24 months with performance up to the Top Secret/Sensitive Compartmented Information level. This acquisition is intended to support the mission of the Army Futures Command and its subordinate Army CCDC AvMC in integrating the future operational environment threat and technologies to develop and deliver future force requirements, designing future force organization and delivering material capabilities.Following integration of the system into the RQ-7 Shadow UAS, the contractor shall provide UAS engineering and technical services necessary to accomplish:a. Aerodynamic modeling and simulationb. Information assurance (IA) assessmentsc. Flight worthiness and safety of flight analysis and certificationsd. Test, analysis and evaluation necessary to allow extensive flight testing, and demonstration of the new payload capability at Government test range. However, due to current operational requirements for tactical UAS and the limited availability of Shadow tactical UAS assets to support the test payload integration, analysis, ground test, evaluation and flight demonstration tasks, the contractor performing the integration may be required to provide a contractor owned/contractor operated RQ-7 Shadow UAS or ground support equipment to accomplish this effort.e. Continuity of the current RQ-7 Shadow UAS Government Tactical equipment to interface with and be interoperable with U.S. Intelligence System(s) supporting Processing, Exploitation and Dissemination (PED) equipment following completion of the Signal Intelligence (SIGINT) payload technology integration effort.Performance will include engineering and technical services that will support the spectrum of systems and architectures encompassing AAIC TS UAS products. The JSIL Branch is responsible for the development, integration and operation of modeling, simulation and training systems and modules in support of systems, processes, capabilities and integrated joint, component and allied tactics, techniques and procedures involving AAIC TS UAS equipment and products. The modeling, simulation and training systems are constantly revised, upgraded and tuned to represent state-of-the-art capabilities in support of war fighter processes. The contractor will perform engineering and technical services required to support JSIL Branch and JSIL customers in the development, integration and operation of modeling, simulation and training systems and modules in support of systems, processes, capabilities and integrated joint, component and allied tactics, techniques and procedures.ACC-R is seeking the following information:1. Respondents should furnish the following corporate information:    a. Corporate Name and address    b. CAGE code    c. Present Level of Facility Security Clearance    d. Present level of facility safeguarding for classified information/ material    e. DUNS    f. Business size classification for NAICS 5417152. Description of respondent's previous experience in performing engineering and technical services on the RQ-7 Shadow UAS and all variants and ground support equipment necessary to support rapid technology integration of existing and emerging technical capabilities into RQ-7 Shadow UAS, its derivatives and support equipment. Potential respondents shall describe how they propose to successfully perform each of the required UAS engineering and technical services, assuming that all services provided by respondent would be accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures.3. Potential respondents shall indicate if they have access to all the AAIC TS proprietary software and intellectual property related to the RQ-7 Shadow UAS and support equipment or how they will gain access to such property to accomplish the tasks. The respondents shall indicate any agreements with AAIC TS and other contractors that hold software rights and intellectual property like L3 Electronics to gain access to the software or intellectual property. The respondent shall describe both their previous experience in performing the required UAS engineering and technical services as well existing relationships or prior arrangement to share proprietary data, and the extent to which such relationships would enable respondents to successfully perform these services, with the following entities:a. The RQ-7 Shadow UAS, and all its derivatives and support equipment, Prime Contractor;b. The RQ-7 UAS Shadow, Shadow 200, airframe avionics and UGCS, UGDT, and OSRVT, software subsystem prime subcontractor;c. The UAS UGCS and One System Remote Video Terminal (OSRVT) Prime Contractor;d. The datalink subsystem prime subcontractor L3;e. The Gray Eagle UAS ground control station system prime contractor General Atomics;f. U.S. Army Training and Doctrine Command (USATRADOC);g. U.S. Army Aviation Program Executive Office (PEO) and the U.S. Army Unmanned Aircraft Systems Program Office;h. U.S. Army PEO Intelligence, Electronic Warfare and Sensorsi. Unified Combatant Commands, including U.S. Central Command (USCENTCOM), U.S. Pacific Command (USPACOM), U.S. Southern Command (USSOUTHCOM), U.S. European Command (USEUCOM), U.S. Africa Command (USAFRICOM); andj. U.S. Government entities with Foreign Military Sales (FMS) responsibilities, national governments or public authorities associated with FMS efforts involving Shadow RQ-7 UAS, and all derivatives, its major subsystems, the UGCS, UGDT, OSRVT and other AAIC TS unmanned products.4. Potential respondents shall provide answers to the following sample tasks:a. Describe the process to integrate a new air vehicle platform into the UGCS within the existing software architecture and software baseline.b. Describe the process for creating the UGCS executable software to ensure the software is built correctly and able to be deployed effectively, to include the incorporation of required cyber security updates, operating systems patches and functional modifications, and how it will be reliably prepared for production and fielding.The interested parties shall address the steps necessary to conduct each sample task, indicating steps to accomplish, risk analysis/assessment, safety of flight, aerodynamics (if applicable), software verification and changes (if applicable), testing, including bench and flight and how to interact (or explain relationship or disclosure agreements) with prime or subcontractors that hold proprietary rights to technology that needs to be modified, and any actions necessary to accomplish and sustain the design during ground and flight testing. Respondent shall also indicate the type and magnitude of engineering support needed from the prime or its subcontractors in order to complete the sample task. Information submitted by respondents to this RFI should include consideration of such technical issues as IA, as well as interoperability verification and validation of changes resulting from the above tasks. The respondent should identify its perception of any technical limitations impacting these tasks and providing a complete scope of risk reduction efforts needed for each of the proposed tasks as well as the following technical considerations: design verification, IA with new system software integration, and safety of flight issues.5. The required services are currently being performed under an existing sole source contract with the U.S. Government, W911QY-17-C-0013, with an applicable NAICS of 336411. Respondents shall describe existing or proposed technical agreements with UAS System Prime and Subcontractors that will make possible the performance of the required UAS engineering and technical services described in this notice.The response must be submitted on white papers in Microsoft Word for Office 2007 compatible format and shall be limited to 10 pages based on Font: Arial, Font Size: 12.Proprietary information, if any, should be minimized and must be clearly marked.To assist the Government's efforts, please segregate proprietary information.Please be advised that all submissions become Government property and will not be returned. All material submitted in response to this RFI must be unclassified and properly marked. The Government reserves the right to request further clarification to enhance our understanding of the respondent's submittal.The response date for this market research is October 25th, 2019, 4:00 pm CST.All questions and industry responses to this RFI shall be submitted via e-mail to Army Contracting Command-Redstone, Judson Alexander, Contracting Officer, at judson.t.alexander.civ@mail.mil and Eric W. Rogers, Contract Specialist, at eric.w.rogers3.civ@mail.mil. No telephone requests will be accepted.

CCDC AvMC JSIL Building 6263 Redstone Arsenal,    Alabama    35898-5280 United StatesLocation

Place Of Performance : CCDC AvMC JSIL Building 6263

Country : United States

Classification

541 -- Professional, Scientific, and Technical Services/541715 -- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
naicsCode 541715Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
pscCode ANational Defense R&D Services; Defense-related activities; Applied Research